The RFP Database
New business relationships start here

528A7-18-726 DESIGN RENOVATE 4B FOR CARDIOLOGY


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Renovate 4B for Cardiology, Project # 528A7-18-726

The Syracuse VA Medical Center (VAMC) intends to award a Firm Fixed Price Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the design of Renovate 4B for Cardiology, VA Project # 528A7-18-726.
This is a 100% total service disabled veteran owned small business set aside.

This project will require abatement of all known and unforeseen asbestos containing materials as well as removal and disposal of any PCBs and other hazardous materials, in addition to demolition of the necessary existing walls, electric, lighting, ceiling, floor tile, mechanical equipment, ductwork, plumbing, etc. for approximately 6,700 gsf of existing administrative space in order to redesign for a new outpatient cardiology unit that meets VA design requirements. The new cardiology unit will contain all required medical gas, nurse call, equipment and all necessary appurtenances for a fully functional outpatient cardiology unit in addition to a proportional amount of space designated for healthcare and administrative support.

Additionally, the investigative and conceptual design spaces will consider options to garner additional space if required. Design services shall include, but are not limited to, multi-disciplinary investigative services, initial conceptual drawings, attending required design/review meetings, preparation of contract drawings and specifications, cost estimating services, and construction period services which shall include final punch list compilation and as-built drawings. Deliverables being provided to the VA will include initial conceptual drawings, 35%, 65%, 95%, and 100% drawings, specifications and detailed cost estimates for review and approval at each review threshold, and 100% construction documents provided in multiple sized copies. Design services shall also include infection control design to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (TJC) Environment of Care Standards. Numerous and extensive meetings with various VA employees will be required to fully understand the functional needs, carefully review the space selected for this project and prepare construction cost estimates, design and construction contract documents as described herein.
Project design is scheduled for FY2019, with projected construction award in FY2020.


OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA:

The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by the Syracuse VAMC for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330:

Professional qualifications necessary for satisfactory performance of required services.

Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.

Specialized experience and technical competence in the type of work required.

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules.
Proposed management plan and personnel proposed for assignment to the project and their record of working together as a team.

Project control and the capacity to accomplish the work in the required time.

Experience and accuracy in estimating construction costs.

Miscellaneous experience with and availability of CAD, Revit and other computer applications as well as the inclusion of specialized design elements including interior design, value engineering and life cycle analyses, energy conservation and new energy resources, pollution, waste reduction and the use of recovered materials, environmental and historic preservation and CPM and fast track construction, etc.

Record of significant claims against the firm because of improper of incomplete architectural and engineering services.

Awards and Recommendations (identify any awards received for design excellence).


Criterion I - Professional Qualifications

Firms will be evaluated on professional qualifications, competence, and experience of the key personnel and technical team in providing services to accomplish the tasks required under this contract. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise.

Submission Requirements:

1. The team proposed for this project shall submit and include:

Certificate of authorization to work in New York State
Current SDVOSB certification
Current professional certifications and or licenses for personnel that will be stamping the drawings

2. Provide current resumes of ONLY the following people:

1) SDVOSB principal owner
2) Project manager
3) Mechanical Engineer - include lead and whomever will be responsible for majority of design if
different
4) Architect - include lead and whomever will be responsible for majority of design if different
5) Lead Structural Engineer
6) Electrical Engineer - include lead and whomever will be responsible for majority of design if
different
7) Fire Protection Engineer
8) Any other technical consultant, if applicable

If more than the maximum number of resumes is submitted for each key discipline, the Government will only evaluate resumes up to the maximum number authorized in the order submitted per discipline. Resumes of disciplines that are not required, if submitted, will not be considered in the evaluation.

3. Clearly indicate participation of all key personnel in example projects in the SF 330, Part I, Section G.


Criterion 2 - Location

Evaluation of firms will include consideration of their location within a 300 mile radius to the Syracuse VAMC and demonstrated knowledge of the general geographic area of the anticipated project at the Syracuse VAMC in Syracuse, NY; provided, that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office, branch offices or consultants that will be performing the work under this contract.

Submission Requirements:

1. Indicate location of the office(s) that will be performing the work, including clearly identifying the main office, branch offices, and offices of key personnel who will have major contract or project management responsibilities for this project, including those performing as subcontractors and consultants to the prime firm.

2. Address the ability of the firm to ensure timely response to requests for on-site support. If the work is to be performed from other than the local area, briefly describe the ability of the Prime firm to forward deploy personnel and how the team would respond to project requirements throughout the life of the contract. Include details for construction period site visits from the following team members to include, but not limited to, civil engineering, structural engineering, architect, fire protection engineering, electrical engineering and mechanical engineering; specifically, and not limited to, submissions on those that will provide location of primary people responsible for onsite field investigations, civil and structural engineers, architects and for anyone else involved with construction period site visit services. Firms are required to submit this onsite response time and how the firm will respond. IF THIS IS NOT RECEIVED, THIS PACKAGE CAN BE FOUND NON-RESPONSIVE.

3. Provide a narrative describing the team s knowledge of the primary geographic areas, primarily Syracuse, NY which will be covered by this contract.


Criterion 3 - Specialized Experience

Firms will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to experience with healthcare related designs, government designs and construction, construction period services (submittal reviews, inspection services, design related issues, as-built preparation) and specialized HVAC and electrical design for healthcare facilities.

Submission requirements:

1. For team members with related VA Medical Center experience, describe each member s familiarity with the following codes, VA design guides/manuals (and any other applicable design guides) and indicate the most current version utilized:

Cardiovascular Design Guide
HVAC Design Manual
NFPA 101

2. Include a short narrative of what each of the roles will be in this contract for all key personnel requiring resumes per Criterion I. Include their general experiences with renovations in existing multi-story healthcare facilities in urban locations.

3. Provide a maximum of 5 projects completed within the past 3 years that best illustrate specialized experience of the proposed team in the areas required for this project. Provide the team s technical competence in the type of work required with specific emphasis on experience related to work at hospitals and VA Medical Centers. Only completely constructed designs will be considered; do not include designed, but not yet constructed, projects. Clearly indicate the work specifically performed by the team member and the roles and responsibilities of each on the project. Include a contract number or project identification number for each project in addition to an e-mail address and phone number for the point of contact. Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience required for this project and as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract.

4. List who or whom will be doing field investigation on this project and their past experience and knowledge of the Syracuse VA Medical Center.


Criterion 4 - Previous Experience/Past Performance

Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower.

Submission requirements:

Provide a maximum of 5 projects that document prime contractor (SDVOSB) experience on projects awarded within the last 3 years for work in existing medical facilities. Projects are to be similar in size, scope and complexity to this project. Do not include projects designed, but not yet constructed; project experience must include design and construction phase in order to be counted. The following information must be provided for each project listed in the SF 330:

1. Include the name, address, telephone number, and fax number of a customer point of contact (POC) who would have the most detailed information about the A/E's performance.

2. Include project location, award date, original completion date, actual completion date, original contract award amount and the final contract amount. Include names, addresses and phone numbers of all subcontractors used.

3. Submit a completed CPARS/ACASS evaluation for each project under this criterion. IF THERE IS NO COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the firm or its team members to submit to the customer for each project the offeror includes under this criterion. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the customer point of contact. Completed PPQs should be submitted with your SF 330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and customer information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with customers/references to ensure timely submittal of questionnaires. If requested by the customer, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Sandra Fisher via email at sandra.fisher3@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.

4. Provide a narrative indicating lessons learned from these projects in both design and construction phases by principals who will be involved with this design that will be helpful or applicable to this design, clearly indicating how these projects are similar in scope, design and complexity to this project.

5. Include information about cost control, quality of work and compliance with performance schedule.


Criterion 5 - Proposed Management Plan

Firms will be evaluated on the firm s ability to plan for and to manage work under the contract and the firm s capacity to accomplish the work in the required time. General statements of availability/capacity will be considered less favorably than detailed responses.

Submission Requirements:

1. If the prime firm is partnering with one or more subcontractors, provide documentation showing these firms and key personnel have worked together as a team on previous projects and their roles. Discuss the history of working relationships with team members.

2. Provide an organization chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Describe why the team is constructed as it is and describe the benefits of such an organization to the Syracuse VAMC.

3. Provide a narrative of how your firm will approach a project of this magnitude. Clearly indicate the approach from the initial contract award to 100% design.

4. Describe the firm s present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines and the firm s capacity to accomplish multiple projects simultaneously.

5. Describe how prime SDVOSB firm will accomplish 50% of the required work. Include a detailed breakdown of work the prime firm will be accomplishing and the total percentage in relation to the total project. IF THIS IS NOT INCLUDED IN YOUR PACKAGE, IT CAN BE FOUND NON-RESPONSIVE.

6. Describe the role of the proposed team in construction period services. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services.


Criterion 6 - Project Control

Firms will be evaluated on the firm s ability to meet the design schedule.

Submission requirements:

1. Provide a proposed plan and preliminary schedule to accomplish the work in the required time of 200 days after NTP is issued. Assume the NTP is issued 8 July 2019.

2. Describe the techniques used by the A/E to control the schedule and identify personnel responsible for these functions.


Criterion 7 - Estimating Effectiveness

Firms will be evaluated on the firm s experience and ability to accurately estimate construction costs. General statements of estimating abilities and estimating effectiveness will be considered less favorably than detailed responses.

Submission requirements:

1. Provide the 10 most recently designed and constructed projects estimated and include final construction estimate, construction bid award amount, and % amount of change based on initial bid award. Include only hospital projects in Upstate New York; VA medical center projects will be graded higher.

2. Describe the techniques used by the A/E to control costs and identify personnel responsible for these functions.

3. Clearly indicate who is responsible for quality control/quality assurance of drawings and how that process works with subcontractors. Describe how these components affect construction costs and the ability to estimate construction costs accurately.


Criterion 8 - Miscellaneous Experience/Capabilities

Firms will be evaluated on the firm s experience and ability to incorporate computer applications, energy initiatives as well as engineering and construction techniques in designs.

Submission requirements:

1. Miscellaneous experience with and availability of CAD, Revit, BIM and other computer applications.

2. Describe specialized design elements including interior design, value engineering and life cycle analyses, energy conservation and new energy resources, pollution, waste reduction and the use of recovered materials, environmental and historic preservation and CPM and fast track construction, etc.


Criterion 9 - Insurance and Litigation

Firms will be evaluated on past litigation involvement and significant claims over the past 5 years with the resulting outcomes.

Submission requirements:

1. Identify the type and amounts of liability insurance carried and who the provider is.

2. Provide records and any other documentation of substantiated claims highlighting the improper or incomplete engineering services against the firm within the last 5 years with the resulting outcome. The SF 330 shall contain a statement affirming that there are no records of significant claims or other litigation as a result of improper or incomplete architectural and engineering services.


Criterion 10 Awards and Recommendations

Firms will be evaluated on awards and recommendations received for design excellence.

Submission requirements:

1. Identify the award received, the year it was received in and briefly describe the design(s) it was received for.

2. Identify any other notable awards and recommendations received that may or may not be design related.


SELECTION INTERVIEW:
Interviews shall be scheduled with firms slated as the most highly qualified. Firms selected for interviews may be asked to explain or expand on information contained in their SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. It is anticipated interviews for selection will be conducted in June 2019.

All Standard Form 330s must comply with several requirements. Any Standard Form 330 that does not comply with these requirements will be discarded without review.

The requirements for the Standard Form 330s are as follows:
All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size with margins of no less than one (1) inch on all sides. In page limits, one (1) page refers to one side of a typed page.

Section D Organizational Chart of Proposed Team
Limit of one page for this section
List all Subcontractors on the organizational chart.

Section E Resumes of Key Personnel Proposed for this Contract
Limit of one page per resume
Limit of 10 resumes total

Section F Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract (Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects).
Limit of one page per project
Limit of 5 projects total

Section H Additional Information
Include Proposed Management Plan and Approach
Include discussion of the following evaluation factors:
Location
Capacity
Estimating Effectiveness
Project Control
Awards and Recommendations
Insurance and Litigation
Overall limit of five (5) pages for this section

Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY to the Contracting Officer no later than 7 May 2019 by 1230 p.m. EST. The overall size of the file cannot exceed 7MB; if additional space is required, divide the file into segments with each file size less than 7MB. No more than the first 2 files at 7MB each will be considered. Additionally, 4 hardcopies of the Standard Form 330s along with a CD containing an electronic copy of the Standard Form 330 in *.pdf form must be submitted to the Contracting Officer and received by no later than 7 May 2019 by 1230 p.m. EST NON-COMPLIANCE WITH THIS REQUIREMENT RISKS YOUR PACKAGES AS BEING NON-RESPONSIVE.
This is not a request for proposal. NAICS 541330, ENGINEERING applies. Service Disabled Veteran Owned Small business size for this NAICS is $15.0 million.
Construction cost estimate is between $1,000,000.00 and $5,000,000.00

Sandra L Fisher
Contract specialist
(315)425-4694

sandra.fisher3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP